Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1996 PSA#1748

U.S. Department of Agriculture, Farm Service Agency, Acquisition Management Branch, STOP 0567, 1400 & INDEPENDENCE AVENUE, SW Washington, D.C. 20250-0567

W -- LEASE OF POSTAGE METERS SOL FSA-R-0002-97DC DUE 010697 POC Scott P. Cook, (202) 720-7349 WEB: FSA Contracting Home Page, http://wwwaix.fsa.usda.gov/amb/amb.htm. E-MAIL: Scott P. Cook, scook@wdc.fsa.usda.gov. REQUEST FOR PROPOSAL FSA-R-0002-97DC: The USDA, Farm Service Agency (FSA), has a requirement for the lease of postage meters, to be located in state and county offices across the country. The location of the meters and the exact quantity will be determined after contract award; however, the current estimate is 1616, plus or minus 300, to be located in 37 states distributed evenly across the US. The actual quantities and the final location of the meters will be determined by the FSA State offices after contract award; the contractor must coordinate the location and timing of meter installations with the State offices. All meters must be installed and operating within 90 days after the states determine the installation locations. The postage meters must have the following characteristics: 1. Meter must have USPS approval and certification. 2. Meter must be capable of printing denomination amounts on envelopes from 1 cent to $9.99, or print postage for packages and oversized envelopes directly onto gummed labels. 3. Meter must have a feeder mechanism. 4. Meter must show postage used and postage remaining. 5. Meter must be able to replenish authorized postage amounts by phone. 6. Meter must have a dollar-lock protection feature to prevent overmetering. 7. Meter must have a repeat function for repetitive selections of postage to be metered. 8. Meter must have an external envelope flap moistener. 9. Meter must be able to track at least 6 multiple accounts. 10. Meter must be accompanied by an instruction manual. The Contractor shall install the meters in the designated locations and instruct the office personnel in the use of the equipment. The Contractor shall provide on-call maintenance (parts and labor) or replacement of the equipment within two business days of receipt of notice of malfunction by the Contractor or his designated point of contact. If maintenance or replacement is not provided within two business days, the lease price shall be decreased on a pro-rata basis to reflect downtime. The Contractor is not responsible for any factors external to the meters (office electrical supply, adding or removing accessories, etc.). The contractor shall provide an 800 toll-free number for ordering of consumable supplies, the price of which shall not be included in the lease price. The Contractor shall provide a monthly lease price, inclusive of the meter, installation, maintenance and instruction, for the meters for the base year (1/1/97 to 9/30/97) and for four option years (FYs 1998, 1999, 2000 and 2001). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are hereby requested and a written solicitation will not be issued. This solicitation incorporates FAR provisions and clauses that are in effect as of FAR Acquisition Circular 90-39. This is not a set-aside acquisition. The following clauses are hereby incorporated into this RFP by reference: FAR 52.212-1, Instructions to Offerors -- Commercial; and FAR 52.212-2, Evaluation -- Commercial. The following factors are hereby inserted into clause 52.212-2: Past Performance (50% of evaluation); Ability to Meet Specifications (30% of evaluation); and Price (20% of evaluation). The offeror must indicate past performance with regard to the infrastructure for nationwide installation and maintenance of postal meters, and this experience will count towards determining the awardee. The contract resulting from this solicitation will incorporate the following clauses: FAR 52.212-4, Contract Terms and Conditions -- Commercial; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial. All offerors must complete the items in FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and return them with their proposal. Offers are due at 2PM Eastern Standard Time, Monday, January 6, 1997, in room 6957-S, South Building, 1400 Independence Avenue, SW, Washington, DC 20250-0567. The point of contact is Scott P. Cook, Contracting Officer, at 202-720-7349. During the Christmas holidays (Dec 21 -- January 2), he can be reached at his home Internet address (spcook@wizard.net). (0355)

Loren Data Corp. http://www.ld.com (SYN# 0092 19961224\W-0002.SOL)


W - Lease or Rental of Equipment Index Page